Professional Documents
Culture Documents
BIDDING DOCUMENTS DRYER
BIDDING DOCUMENTS DRYER
Procurement of
GOODS
Government of the Republic of the Philippines
SUPPLY, DELIVERY, INSTALLATION AND TESTING
OF VARIOUS HEATED AIR MECHANICAL GRAIN
DRYERS
(PHilMech-RCEF-23-01-04)
Schedule of Activities:
Pre-Bidding Conference:
March 31, 2023; 10:00AM
Auditorium, PHilMech Main Office
Science City of Muñoz, Nueva Ecija
Sixth Edition
July 2020
0
Preface
These Philippine Bidding Documents (PBDs) for the procurement of Goods through
Competitive Bidding have been prepared by the Government of the Philippines for use by
any branch, constitutional commission or office, agency, department, bureau, office, or
instrumentality of the Government of the Philippines, National Government Agencies,
including Government-Owned and/or Controlled Corporations, Government Financing
Institutions, State Universities and Colleges, and Local Government Unit. The procedures
and practices presented in this document have been developed through broad experience, and
are for mandatory use in projects that are financed in whole or in part by the Government of
the Philippines or any foreign government/foreign or international financing institution in
accordance with the provisions of the 2016 revised Implementing Rules and Regulations of
Republic Act No. 9184.
The Bidding Documents shall clearly and adequately define, among others: (i) the
objectives, scope, and expected outputs and/or results of the proposed contract or Framework
Agreement, as the case may be; (ii) the eligibility requirements of Bidders; (iii) the expected
contract or Framework Agreement duration, the estimated quantity in the case of
procurement of goods, delivery schedule and/or time frame; and (iv) the obligations, duties,
and/or functions of the winning bidder.
Care should be taken to check the relevance of the provisions of the PBDs against the
requirements of the specific Goods to be procured. If duplication of a subject is inevitable in
other sections of the document prepared by the Procuring Entity, care must be exercised to
avoid contradictions between clauses dealing with the same matter.
Moreover, each section is prepared with notes intended only as information for the
Procuring Entity or the person drafting the Bidding Documents. They shall not be included
in the final documents. The following general directions should be observed when using the
documents:
a. All the documents listed in the Table of Contents are normally required for the
procurement of Goods. However, they should be adapted as necessary to the
circumstances of the particular Procurement Project.
b. Specific details, such as the “name of the Procuring Entity” and “address for
bid submission,” should be furnished in the Instructions to Bidders, Bid Data
Sheet, and Special Conditions of Contract. The final documents should
contain neither blank spaces nor options.
c. This Preface and the footnotes or notes in italics included in the Invitation to
Bid, Bid Data Sheet, General Conditions of Contract, Special Conditions of
Contract, Schedule of Requirements, and Specifications are not part of the text
of the final document, although they contain instructions that the Procuring
Entity should strictly follow.
1
d. The cover should be modified as required to identify the Bidding Documents
as to the Procurement Project, Project Identification Number, and Procuring
Entity, in addition to the date of issue.
f. For guidelines on the use of Bidding Forms and the procurement of Foreign-
Assisted Projects, these will be covered by a separate issuance of the
Government Procurement Policy Board.
2
Table of Contents
3
Glossary of Acronyms, Terms, and
Abbreviations
ABC – Approved Budget for the Contract.
Bidding Documents – The documents issued by the Procuring Entity as the bases for bids,
furnishing all information necessary for a prospective bidder to prepare a bid for the Goods,
Infrastructure Projects, and/or Consulting Services required by the Procuring Entity. (2016
revised IRR, Section 5[e])
Consulting Services – Refer to services for Infrastructure Projects and other types of projects
or activities of the GOP requiring adequate external technical and professional expertise that
are beyond the capability and/or capacity of the GOP to undertake such as, but not limited to:
(i) advisory and review services; (ii) pre-investment or feasibility studies; (iii) design; (iv)
construction supervision; (v) management and related services; and (vi) other technical
services or special studies. (2016 revised IRR, Section 5[i])
Contract – Refers to the agreement entered into between the Procuring Entity and the
Supplier or Manufacturer or Distributor or Service Provider for procurement of Goods and
Services; Contractor for Procurement of Infrastructure Projects; or Consultant or Consulting
Firm for Procurement of Consulting Services; as the case may be, as recorded in the Contract
Form signed by the parties, including all attachments and appendices thereto and all
documents incorporated by reference therein.
4
DDP – Refers to the quoted price of the Goods, which means “delivered duty paid.”
EXW – Ex works.
Goods – Refer to all items, supplies, materials and general support services, except
Consulting Services and Infrastructure Projects, which may be needed in the transaction of
public businesses or in the pursuit of any government undertaking, project or activity,
whether in the nature of equipment, furniture, stationery, materials for construction, or
personal property of any kind, including non-personal or contractual services such as the
repair and maintenance of equipment and furniture, as well as trucking, hauling, janitorial,
security, and related or analogous services, as well as procurement of materials and supplies
provided by the Procuring Entity for such services. The term “related” or “analogous
services” shall include, but is not limited to, lease or purchase of office space, media
advertisements, health maintenance services, and other services essential to the operation of
the Procuring Entity. (2016 revised IRR, Section 5[r])
5
buildings, school buildings, hospital buildings, and other related construction projects of the
government. Also referred to as civil works or works. (2016 revised IRR, Section 5[u])
Supplier – refers to a citizen, or any corporate body or commercial company duly organized
and registered under the laws where it is established, habitually established in business and
engaged in the manufacture or sale of the merchandise or performance of the general services
covered by his bid. (Item 3.8 of GPPB Resolution No. 13-2019, dated 23 May 2019).
Supplier as used in these Bidding Documents may likewise refer to a distributor,
manufacturer, contractor, or consultant.
UN – United Nations.
6
Section I. Invitation to Bid
7
Republic of the Philippines
Department of Agriculture
Philippine Center for Postharvest Development and Mechanization
Science City of Muñoz, Nueva Ecija, Philippines
www.philmech.gov.ph
ISO 9001:2015, ISO 14001:2015, OHSAS 18001:2007 CERTIFIED
INVITATION TO BID
1. The Philippine Center for Postharvest Development and Mechanization (PHilMech) through its
FY 2023 Rice Competitive Enhancement Fund (RCEF) intends to apply the below-specified
amounts, being the Approved Budget for the Contract (ABC) for each lot, as indicated herein to
payments under the contract for the SUPPLY, DELIVERY, INSTALLATION AND TESTING
OF VARIOUS HEATED AIR MECHANICAL GRAIN DRYERS. Bids received in excess of the
ABC of each Lot shall be automatically rejected during Bid opening.
COST OF
LOT ABC BIDDING
PROJECT TITLE
NO. (PhP) DOCUMENTS
(PhP)
Supply, Delivery, Installation and Testing of 14 units
Heated Air Mechanical Grain Dryers- Recirculating Batch
1 48,373,850.00 10,000.00
Type (6 tons capacity) with Biomass and Petroleum Based
Fuel Heating System for Regions CAR &II
Supply, Delivery, Installation and Testing of 13 units
Heated Air Mechanical Grain Dryers- Recirculating Batch
2 44,918,575.00 10,000.00
Type (6 tons capacity) with Biomass and Petroleum Based
Fuel Heating System for Regions IV-A & V
Supply, Delivery, Installation and Testing of 24 units
Heated Air Mechanical Grain Dryers- Recirculating Batch
3 82,926,600.00 20,000.00
Type (6 tons capacity) with Biomass and Petroleum Based
Fuel Heating System for Region IV-B
Supply, Delivery, Installation and Testing of 7 units
Heated Air Mechanical Grain Dryers- Recirculating Batch
4 24,186,925.00 10,000.00
Type (6 tons capacity) with Biomass and Petroleum Based
Fuel Heating System for Visayas (Regions VI, VII & VIII)
Supply, Delivery, Installation and Testing of 18 units
Heated Air Mechanical Grain Dryers- Recirculating Batch
5 62,194,950.00 15,000.00
Type (6 tons capacity) with Biomass and Petroleum Based
Fuel Heating System for Regions IX, X & CARAGA
8
Supply, Delivery, Installation and Testing of 19 units
Heated Air Mechanical Grain Dryers- Recirculating Batch
6 65,650,225.00 15,000.00
Type (6 tons capacity) with Biomass and Petroleum Based
Fuel Heating System for Regions XI, XII & BARMM
Supply, Delivery, Installation and Testing of 10 units
Heated Air Mechanical Grain Dryers- Recirculating Batch
7 43,006,000.00 10,000.00
Type (12 tons capacity) with Biomass and Petroleum
Based Fuel Heating System for Regions I & II
Supply, Delivery, Installation and Testing of 6 units
Heated Air Mechanical Grain Dryers- Recirculating Batch
8 25,803,600.00 10,000.00
Type (12 tons capacity) with Biomass and Petroleum
Based Fuel Heating System for Regions III & IV-A
Supply, Delivery, Installation and Testing of 8 units
Heated Air Mechanical Grain Dryers- Recirculating Batch
9 Type (12 tons capacity) with Biomass and Petroleum 34,404,800.00 10,000.00
Based Fuel Heating System for Regions IX, X, XI &
CARAGA
ALL LOTS 431,465,525.00 50,000.00
2. The PHilMech now invites bids from eligible bidders for the SUPPLY, DELIVERY,
INSTALLATION AND TESTING OF VARIOUS HEATED AIR MECHANICAL GRAIN
DRYERS. Delivery of the GOODS is required within One Hundred Eighty (180) calendar days
from receipt of the Notice to Proceed. Bidders should have completed within ten (10) years from the
date of submission and receipt of bids a contract similar to the project. For this purpose, a similar
contract shall refer to any contract for the Supply and Delivery of Agricultural Machine/s.
3. Bidding will be conducted through open competitive bidding procedures using non-discretionary
pass/fail criteria as specified in the 2016 Revised Implementing Rules and Regulations (IRR-A) of
Republic Act 9184 (R.A. 9184), otherwise known as the “Government Procurement Reform Act”.
4. Interested Bidders may obtain further information from the PHilMech and inspect the Bidding
Documents at the address given below from 8:00 am to 5:00 pm.
5. A complete set of Bidding Documents may be acquired by interested Bidders during office hours
from March 24 to April 14, 2023 from the address given below upon payment of the applicable fee
for the Bidding Documents as specified for each lot above.
Bidders may also opt to deposit in cash the applicable fee to the PHilMech’s Official Bank Account:
Landbank of the Philippines (LBP) Account Name: PHILMECH TRUST FUND; Account No. 2962-
1023-63 and by presenting or sending the proof of payment e.g. bank deposit slips to the address
written below or email to bac@philmech.gov.ph.
9
The Bidding Documents may also be downloaded free of charge from the website of the Philippine
Government Electronic Procurement System (PhilGEPS) and the website of the Procuring Entity
provided that Bidders shall pay the applicable fee for the Bidding Documents before the submission of
their Bids.
6. The PHilMech will hold a Pre-Bid Conference on March 31, 2023; 10:00AM at the Auditorium,
PHilMech Main Office, CLSU Compound, Science City of Muñoz, Nueva Ecija, which shall be
open to prospective bidders.
Interested bidders may opt to attend via video conferencing and pre-register on the email address
provided below to signify their intention to participate. A Personal Meeting ID shall be provided to
the authorized representative upon registration.
7. Bids must be duly received by the BAC Secretariat through manual submission at the address
indicated below on or before 10:00AM of April 14, 2023. Late Bids shall not be accepted.
8. All Bids must be accompanied by a bid security in any of the acceptable forms and in the amount
stated in ITB Clause 14.
9. Bid opening shall be on April 14, 2023; 10:00AM at the address given below. Bids will be opened
in the presence of the bidders’ representatives who choose to attend the activity.
10. The PHilMech reserves the right to reject any and all bids, declare a failure of bidding, or not
award the contract at any time prior to contract award in accordance with Section 35.6 and Section
41 of RA9184 and its IRR and GPPB Resolution No. 09-2020 without thereby incurring any
liability to the affected bidder or bidders.
NOTICE/ANNOUNCEMENT
10
Section II. Instructions to Bidders
11
1. Scope of Bid
The Procuring Entity, Philippine Center for Postharvest Development and
Mechanization (PHilMech) wishes to receive Bids for the SUPPLY, DELIVERY,
INSTALLATION AND TESTING OF VARIOUS HEATED AIR MECHANICAL
GRAIN DRYERS, with identification number (PHilMech-RCEF-23-01-04).
2. Funding Information
2.1. The GOP through the source of funding as indicated below for FY 2023 in
the amount of Php 431,465,525.00
3. Bidding Requirements
The Bidding for the Project shall be governed by all the provisions of RA No. 9184
and its 2016 revised IRR, including its Generic Procurement Manuals and associated
policies, rules and regulations as the primary source thereof, while the herein clauses
shall serve as the secondary source thereof.
Any amendments made to the IRR and other GPPB issuances shall be applicable only
to the ongoing posting, advertisement, or IB by the BAC through the issuance of a
supplemental or bid bulletin.
The Bidder, by the act of submitting its Bid, shall be deemed to have verified and
accepted the general requirements of this Project, including other factors that may
affect the cost, duration and execution or implementation of the contract, project, or
work and examine all instructions, forms, terms, and project requirements in the
Bidding Documents.
5. Eligible Bidders
5.1. Only Bids of Bidders found to be legally, technically, and financially capable
will be evaluated.
12
5.2. Foreign ownership exceeding those allowed under the rules may participate
pursuant to:
iii. When the Goods sought to be procured are not available from
local suppliers; or
5.3. Pursuant to Section 23.4.1.3 of the 2016 revised IRR of RA No.9184, the
Bidder must have:
5.4. The Bidders shall comply with the eligibility criteria under Section 23.4.1 of
the 2016 IRR of RA No. 9184.
6. Origin of Goods
There is no restriction on the origin of goods other than those prohibited by a decision
of the UN Security Council taken under Chapter VII of the Charter of the UN, subject
to Domestic Preference requirements under ITB Clause 18.
7. Subcontracts
7.1. The Bidder may subcontract portions of the Project to the extent allowed by
the Procuring Entity as stated herein, but in no case more than twenty percent
(20%) of the Project.
7.2. Subcontracting of any portion of the Project does not relieve the Supplier of
any liability or obligation under the Contract. The Supplier will be responsible
for the acts, defaults, and negligence of any subcontractor, its agents, servants,
or workmen as fully as if these were the Supplier’s own acts, defaults, or
negligence, or those of its agents, servants, or workmen.
13
8. Pre-Bid Conference
The Procuring Entity will hold a pre-bid conference for this Project on the specified
date and time and either at the PHilMech Auditorium and/or video
conferencing/webcasting as indicated in paragraph 6 of the IB.
10.2. The Bidder’s SLCC as indicated in ITB Clause 5.3 should have been
completed within 10 years prior to the deadline for the submission and receipt
of bids.
10.3. If the eligibility requirements or statements, the bids, and all other documents
for submission to the BAC are in foreign language other than English, it must
be accompanied by a translation in English, which shall be authenticated by
the appropriate Philippine foreign service establishment, post, or the
equivalent office having jurisdiction over the foreign bidder’s affairs in the
Philippines. Similar to the required authentication above, for Contracting
Parties to the Apostille Convention, only the translated documents shall be
authenticated through an apostille pursuant to GPPB Resolution No. 13-2019
dated 23 May 2019. The English translation shall govern, for purposes of
interpretation of the bid.
11.3. Any bid exceeding the ABC indicated in paragraph 1 of the IB shall not be
accepted.
14
11.4. For Foreign-funded Procurement, a ceiling may be applied to bid prices
provided the conditions are met under Section 31.2 of the 2016 revised IRR of
RA No. 9184.
ii. The cost of all customs duties and sales and other taxes already
paid or payable;
i. Unless otherwise stated in the BDS, the price of the Goods shall
be quoted delivered duty paid (DDP) with the place of destination
in the Philippines as specified in the BDS. In quoting the price,
the Bidder shall be free to use transportation through carriers
registered in any eligible country. Similarly, the Bidder may
obtain insurance services from any eligible source country.
15
14. Bid Security
14.1. The Bidder shall submit a Bid Securing Declaration1 or any form of Bid
Security in the amount indicated in the BDS, which shall be not less than the
percentage of the ABC in accordance with the schedule in the BDS.
14.2. The Bid and bid security shall be valid until August 12, 2023 or one hundred
twenty (120) calendar days after the opening of bids in the event of a change
in the date of the opening of bids. Any Bid not accompanied by an
acceptable bid security shall be rejected by the Procuring Entity as non-
responsive.
The Procuring Entity may request additional hard copies and/or electronic copies of
the Bid. However, failure of the Bidders to comply with the said request shall not be a
ground for disqualification.
If the Procuring Entity allows the submission of bids through online submission or
any other electronic means, the Bidder shall submit an electronic copy of its Bid,
which must be digitally signed. An electronic copy that cannot be opened or is
corrupted shall be considered non-responsive and, thus, automatically disqualified.
In case the Bids cannot be opened as scheduled due to justifiable reasons, the
rescheduling requirements under Section 29 of the 2016 revised IRR of RA
No. 9184 shall prevail.
1
In the case of Framework Agreement, the undertaking shall refer to entering into contract with the Procuring Entity and
furnishing of the performance security or the performance securing declaration within ten (10) calendar days from receipt of
Notice to Execute Framework Agreement.
16
18. Domestic Preference
18.1. The Procuring Entity will grant a margin of preference for the purpose of
comparison of Bids in accordance with Section 43.1.2 of the 2016 revised IRR
of RA No. 9184.
19.2. If the Project allows partial bids, bidders may submit a proposal on any of the
lots or items, and evaluation will be undertaken on a per lot or item basis, as
the case maybe. In this case, the Bid Security as required by ITB Clause 15
shall be submitted for each lot or item separately.
19.3. The descriptions of the lots or items shall be indicated in Section VII
(Technical Specifications), although the ABCs of these lots or items are
indicated in the BDS for purposes of the NFCC computation pursuant to
Section 23.4.2.6 of the 2016 revised IRR of RA No. 9184. The NFCC must be
sufficient for the total of the ABCs for all the lots or items participated in by
the prospective Bidder.
One Project having several items grouped into several lots, which shall be
awarded as separate contracts per lot.
19.5. Except for bidders submitting a committed Line of Credit from a Universal or
Commercial Bank in lieu of its NFCC computation, all Bids must include the
NFCC computation pursuant to Section 23.4.1.4 of the 2016 revised IRR of
RA No. 9184, which must be sufficient for the total of the ABCs for all the
lots or items participated in by the prospective Bidder. For bidders submitting
the committed Line of Credit, it must be at least equal to ten percent (10%) of
the ABCs for all the lots or items participated in by the prospective Bidder.
20. Post-Qualification
20.2 Within a non-extendible period of five (5) calendar days from receipt by the
Bidder of the notice from the BAC that it submitted the Lowest Calculated Bid, the
Bidder shall submit its latest income and business tax returns filed and paid through
the BIR Electronic Filing and Payment System (eFPS) and other appropriate licenses
and permits required by law and stated in the BDS.
18
Bid Data Sheet
ITB
Clause
5.3 For this purpose, a contract similar to the project shall be:
(ii) Official Receipt of the bidder covering the full amount of the contract
Failure to submit a copy of the Single Largest Completed Contract with proof of
completion is a valid ground for disqualification of the bidder.
12 No further instruction.
14.1 The bid security shall be in the form of a Bid Securing Declaration, or any of the
following forms and amounts:
One Bid Security shall be submitted for each lot if the bid security is in the form
of cash, cashier’s/manager’ check, bank draft/guarantee or irrevocable letter of
credit or surety bond.
19
19.3 LOT ABC
PROJECT TITLE
NO. (PhP)
1 Supply, Delivery, Installation and Testing of 14 units 48,373,850.00
Heated Air Mechanical Grain Dryers- Recirculating
Batch Type (6 tons capacity) with Biomass and
Petroleum Based Fuel Heating System for Regions
CAR & II
2 Supply, Delivery, Installation and Testing of 13 units 44,918,575.00
Heated Air Mechanical Grain Dryers- Recirculating
Batch Type (6 tons capacity) with Biomass and
Petroleum Based Fuel Heating System for Regions
IV-A & V
3 Supply, Delivery, Installation and Testing of 24 units 82,926,600.00
Heated Air Mechanical Grain Dryers- Recirculating
Batch Type (6 tons capacity) with Biomass and
Petroleum Based Fuel Heating System for Region IV-
B
4 Supply, Delivery, Installation and Testing of 7 units 24,186,925.00
Heated Air Mechanical Grain Dryers- Recirculating
Batch Type (6 tons capacity) with Biomass and
Petroleum Based Fuel Heating System for Visayas
(Regions VI, VII & VIII)
5 Supply, Delivery, Installation and Testing of 18 units 62,194,950.00
Heated Air Mechanical Grain Dryers- Recirculating
Batch Type (6 tons capacity) with Biomass and
Petroleum Based Fuel Heating System for Regions IX,
X & CARAGA
6 Supply, Delivery, Installation and Testing of 19 units 65,650,225.00
Heated Air Mechanical Grain Dryers- Recirculating
Batch Type (6 tons capacity) with Biomass and
Petroleum Based Fuel Heating System for Regions XI,
XII & BARMM
7 Supply, Delivery, Installation and Testing of 10 units 43,006,000.00
Heated Air Mechanical Grain Dryers- Recirculating
Batch Type (12 tons capacity) with Biomass and
Petroleum Based Fuel Heating System for Regions I
& II
8 Supply, Delivery, Installation and Testing of 6 units 25,803,600.00
Heated Air Mechanical Grain Dryers- Recirculating
Batch Type (12 tons capacity) with Biomass and
Petroleum Based Fuel Heating System for Regions III
& IV-A
20
9 Supply, Delivery, Installation and Testing of 8 units 34,404,800.00
Heated Air Mechanical Grain Dryers- Recirculating
Batch Type (12 tons capacity) with Biomass and
Petroleum Based Fuel Heating System for Regions IX,
X, XI & CARAGA
19.4 Service of pertinent notices related to this bidding through Electronic Mail (e-
mail) to the email address provided by the bidder shall be tantamount to proof of
actual service and shall be deemed received by the bidder on the date of service
or email.
21
Section IV. General Conditions of Contract
22
1. Scope of Contract
This Contract shall include all such items, although not specifically mentioned, that
can be reasonably inferred as being required for its completion as if such items were
expressly mentioned herein. All the provisions of RA No. 9184 and its 2016 revised
IRR, including the Generic Procurement Manual, and associated issuances, constitute
the primary source for the terms and conditions of the Contract, and thus, applicable
in contract implementation. Herein clauses shall serve as the secondary source for
the terms and conditions of the Contract.
This is without prejudice to Sections 74.1 and 74.2 of the 2016 revised IRR of RA
No. 9184 allowing the GPPB to amend the IRR, which shall be applied to all
procurement activities, the advertisement, posting, or invitation of which were issued
after the effectivity of the said amendment.
Additional requirements for the completion of this Contract shall be provided in the
Special Conditions of Contract (SCC).
2.2. The Procuring Entity is allowed to determine the terms of payment on the
partial or staggered delivery of the Goods procured, provided such partial
payment shall correspond to the value of the goods delivered and accepted in
accordance with prevailing accounting and auditing rules and regulations. The
terms of payment are indicated in the SCC.
3. Performance Security
Within ten (10) calendar days from receipt of the Notice of Award by the Bidder from
the Procuring Entity but in no case later than prior to the signing of the Contract by
both parties, the successful Bidder shall furnish the performance security in any of the
forms prescribed in Section 39 of the 2016 revised IRR of RA No. 9184
All reasonable facilities and assistance for the inspection and testing of Goods,
including access to drawings and production data, shall be provided by the Supplier to
the authorized inspectors at no charge to the Procuring Entity.
23
5. Warranty
5.1 In order to assure that manufacturing defects shall be corrected by the
Supplier, a warranty shall be required from the Supplier as provided under
Section 62.1 of the 2016 revised IRR of RA No. 9184.
5.2 The Procuring Entity shall promptly notify the Supplier in writing of any
claims arising under this warranty. Upon receipt of such notice, the Supplier
shall, repair or replace the defective Goods or parts thereof without cost to the
Procuring Entity, pursuant to the Generic Procurement Manual.
If the Supplier is a joint venture, all partners to the joint venture shall be jointly and
severally liable to the Procuring Entity.
24
Section V. Special Conditions of Contract
25
Special Conditions of Contract
GCC
Clause
1 Delivery and Documents –
For purposes of the Contract, “EXW,” “FOB,” “FCA,” “CIF,” “CIP,” “DDP”
and other trade terms used to describe the obligations of the parties shall have
the meanings assigned to them by the current edition of INCOTERMS published
by the International Chamber of Commerce, Paris. The Delivery terms of this
Contract shall be as follows:
“The delivery terms applicable to this Contract are delivered [indicate place of
destination]. Risk and title will pass from the Supplier to the Procuring Entity
upon receipt and final acceptance of the Goods at their final destination.”
Delivery of the Goods shall be made by the Supplier in accordance with the
terms specified in Section VI (Schedule of Requirements).
For purposes of this Clause, the Procuring Entity’s Representative at the Project
Sites are as follows:
Incidental Services –
26
d. Training of the Procuring Entity’s recipients, at the delivery site, on
assembly, start-up, operation, maintenance, and/or basic repair of the
supplied Farm Machineries.
The Contract price for the Goods shall include the prices charged by the
Supplier for incidental services and shall not exceed the prevailing rates charged
to other parties by the Supplier for similar services.
Spare Parts –
a. such spare parts as the Procuring Entity may elect to purchase from the
Supplier, provided that this election shall not relieve the Supplier of any
warranty obligations under this Contract; and
The spare parts and other components required are listed in Section VI
(Schedule of Requirements) and the cost thereof are included in the contract
price.
27
Packaging –
The Supplier shall provide such packaging of the Goods as is required to prevent
their damage or deterioration during transit to their final destination, as indicated
in this Contract. The packaging shall be sufficient to withstand, without
limitation, rough handling during transit and exposure to extreme temperatures,
salt and precipitation during transit, and open storage. Packaging case size and
weights shall take into consideration, where appropriate, the remoteness of the
Goods’ final destination and the absence of heavy handling facilities at all points
in transit.
The packaging, marking, and documentation within and outside the packages
shall comply strictly with such special requirements as shall be expressly
provided for in the Contract, including additional requirements, if any, specified
below, and in any subsequent instructions ordered by the Procuring Entity.
The outer packaging must be clearly marked on at least four (4) sides as follows:
Transportation –
Where the Supplier is required under Contract to deliver the Goods CIF, CIP, or
DDP, transport of the Goods to the port of destination or such other named place
of destination in the Philippines, as shall be specified in this Contract, shall be
arranged and paid for by the Supplier, and the cost thereof shall be included in
the Contract Price.
Where the Supplier is required under this Contract to transport the Goods to a
specified place of destination within the Philippines, defined as the Project Site,
transport to such place of destination in the Philippines, including insurance and
storage, as shall be specified in this Contract, shall be arranged by the Supplier,
and related costs shall be included in the contract price.
28
Where the Supplier is required under Contract to deliver the Goods CIF, CIP or
DDP, Goods are to be transported on carriers of Philippine registry. In the event
that no carrier of Philippine registry is available, Goods may be shipped by a
carrier which is not of Philippine registry provided that the Supplier obtains and
presents to the Procuring Entity certification to this effect from the nearest
Philippine consulate to the port of dispatch. In the event that carriers of
Philippine registry are available but their schedule delays the Supplier in its
performance of this Contract the period from when the Goods were first ready
for shipment and the actual date of shipment the period of delay will be
considered force majeure.
The Procuring Entity accepts no liability for the damage of Goods during transit
other than those prescribed by INCOTERMS for DDP deliveries. In the case of
Goods supplied from within the Philippines or supplied by domestic Suppliers
risk and title will not be deemed to have passed to the Procuring Entity until
their receipt and final acceptance at the final destination.
a) Fifty percent (50%) of the Contract Price: upon Fifty Percent (50%)
completion of the project and submission of required documents.
b) Fifty percent (50%) of the Contract Price: upon One Hundred Percent
(100%) completion of the project and submission of required documents.
4 All goods delivered under this contract shall be subject to the following test:
Prior notice of the schedule of such tests or inspections, written or verbal, will be
given to the authorized representative of the Supplier. The inspection will push
through as scheduled even in the absence of the Supplier’s representative, if the
latter was duly notified, in which case, the results of the inspection conducted by
the procuring Entity shall be final and binding upon the Supplier.
5.1 The Procuring Entity’s address for notice is bac@philmech.gov.ph
29
The Bidder’s address for notice is the e-mail address indicated in the bidder’s
Omnibus Sworn Statement (OSS)
Service of pertinent notices related to this bidding through Electronic Mail (e-
mail) to the email address provided by the bidder in the OSS shall be tantamount
to proof of actual service and shall be deemed received by the bidder on the date
of service or email.
30
Section VI. Schedule of Requirements
RE: SUPPLY, DELIVERY, INSTALLATION AND TESTING OF VARIOUS GRAIN DRYERS
(PHilMech-RCEF-23-01-04)
__________________________________ ___________________________________________
The delivery schedule expressed as weeks/months stipulates hereafter a delivery date which
is the date of delivery to the project site.
31
Supply, Delivery, Installation and Testing of 8 units Heated Air 180CD
Mechanical Grain Dryers- Recirculating Batch Type (12 tons
9
capacity) with Biomass and Petroleum Based Fuel Heating
System for Regions IX, X, XI & CARAGA
_________________________________ ________________________________
Signature over Printed Name of Bidder Position/Designation
______________________________________ ________________________________
(Name, Address & Tel. No. of Company) Date
32
Section VII. Technical Specifications
33
Technical Specifications
RE: SUPPLY, DELIVERY, INSTALLATION AND TESTING OF VARIOUS HEATED AIR
MECHANICAL GRAIN DRYERS
(PHilMech RCEF-23-01-04)
__________________________________ ___________________________________________
Statement of Compliance*
Technical Specifications:
Product Quality
- Cracked grain, % Increase: 3%
maximum
- Head rice, % decrease: 5% maximum
“Read and accepted as part of the contract” 34 _______________________________________
BIDDER’S SIGNATURE
- Hulled/damaged grain % increase:
2% maximum
- Drying Loss/Spillage: 1% maximum
- Drying System
Holding capacity: 6 tons wet
palay @ 24% moisture content,
minimum
Moisture gradient: 2%
maximum
Drying Efficiency: 75%
minimum
Drying rate: 0.8 %/hr minimum
With Compatible single-phase
electric motor for the drying
system
Vertical rectangular bin
* Consist of rectangular
vertically installed drying
chamber
With control panel
- With mimic flow of
operation
1. Heating system 1
- Petroleum based fuel: Direct-fired
- Heating system efficiency: 90%,
minimum
2. Heating system 2
- Biomass fuel: Indirect-fired
- Heating system efficiency: 50%,
minimum
- Heat exchanger: Fire tubes
- Burning chamber: Made of refractory
bricks
With automatic fuel feeder that
is not directly exposed to the
burning fuel and capable of
maintaining and sustaining 60
degree Celsius
3. Pre-cleaner
- Input capacity: 6ton/hr, minimum
“Read and accepted as part of the contract” 36 _______________________________________
BIDDER’S SIGNATURE
- Sieve mechanism: Made of stainless
steel 304
- Capable of removing large impurities
and unthreshed paddy
- With compatible electric motor
1. Generator set
- Capacity: Compatible to the
drying system, able to provide
sufficient continuous and peak
power requirements of the drying
system
- Voltage requirement compatible
to the system
- Power supply/generating system
should be brand new
- Provided with Mechanical
Transfer Switch (MTS)
- The electrical wire, wire
accessories, and piping to connect
the power generating unit to the
MTS and the dryer control
panel/system shall be provided by
the bidder
- With thermal insulation and noise
suppresor
- Noise level: 92db maximum
without provision of ear muff.
Above 92db, provision of ear
muff
- Housing design for the power
generating system
Dimension of the housing
should be compatible to the
offered power generating system
With a housing height of 2m
(minimum) from elevated
concrete floor to bottom chord
“Read and accepted as part of the contract” 37 _______________________________________
BIDDER’S SIGNATURE
The housing shall be made of
Corrugated G.I. roofing (0.4mm
thickness, minimum), metal
column, and with steel truss
frame
Enclosed with steel matting
walls
- Elevated Flooring Requirement
With concrete elevated flooring
of at least 30cm above the
normal ground level and can
withstand the vibration of the
power generating unit
The power generating unit
should have one (1) meter
(minimum) distance from the
perimeter wall
Maximum of 20m distance from
the generator set and drying
control unit
4. Vacuum cleaner
5. Project Signage/Marker
- Made of tubular steel: 38mm x
38mm, minimum
- Painted on G.I. sheet #18:
1,200mm x 2,400mm, minimum
- Refer to the attached layout design
and description
a) Record of sales;
b) Dealership or servicing
agreements indicating the Brand
subject thereof;
c) Bill of Lading, and /or other
similar records indicating
shipment or delivery of the grain
dryer brand to the Philippines;
d) Client’s affidavit indicating
client’s complete address and
telephone number, brand, type
and model of grain dryer, date of
purchase and duly supported by
physical proof of grain dryer.
- Certification from the supplier
that they will repair or replace the
defective parts or components and
provide after sales service within
72hours upon receipt of
I hereby certify that the Statement of Compliance to the Foregoing Technical Specifications are true and correct, otherwise,
if found false either during the bid evaluation or post-qualification, the same shall give rise to automatic disqualification of
our bid.
_______________________________
Signature over Printed Name of Bidder
Technical Specifications:
Product Quality
- Cracked grain, % Increase: 3%
maximum
- Head rice, % decrease: 5% maximum
- Hulled/damaged grain % increase:
2% maximum
- Drying Loss/Spillage: 1% maximum
- Drying System
Holding capacity: 12 tons wet
palay @ 24% moisture content,
minimum
Moisture gradient: 2%
maximum
Drying Efficiency: 75%
minimum
Drying rate: 0.8 %/hr minimum
“Read and accepted as part of the contract” 43 _______________________________________
BIDDER’S SIGNATURE
With Compatible electric motor
for the drying system
Vertical rectangular bin
* Consist of rectangular
vertically installed drying
chamber
With control panel
- With mimic flow of
operation
1. Heating system 1
- Petroleum based fuel: Direct-fired
“Read and accepted as part of the contract” 44 _______________________________________
BIDDER’S SIGNATURE
- Heating system efficiency: 90%,
minimum
2. Heating system 2
- Biomass fuel: Indirect-fired
- Heating system efficiency: 50%,
minimum
- Can provide the required heating
temperature or can provide 70°C
drying temperature
- Heat exchanger: Made of Fire tubes
- Burning chamber: Made of refractory
bricks
With automatic fuel feeder that
is not directly exposed to the
burning fuel and capable of
maintaining and sustaining 60
degree Celsius
3. Pre-cleaner
- Input capacity: 10ton/hr, minimum
- Sieve mechanism: Made of stainless
steel 304
- Capable of removing large impurities
and unthreshed paddy
- With compatible electric motor
1. Generator set
- Capacity: Compatible to the
drying system, able to provide
sufficient continuous and peak
power requirements of the drying
system
- Voltage requirement compatible
to the system
- Power supply/generating system
should be brand new
- Provided with Mechanical
Transfer Switch (MTS)
- The electrical wire, wire
accessories, and piping to connect
the power generating unit to the
MTS and the dryer control
panel/system shall be provided by
the bidder
- With thermal insulation and noise
suppresor
- Noise level: 92db maximum
without provision of ear muff.
Above 92db, provision of ear
muff
- Housing design for the power
generating system
Dimension of the housing
should be compatible to the
offered power generating system
With a housing height of 2m
(minimum) from elevated
concrete floor to bottom chord
The housing shall be made of
Corrugated G.I. roofing (0.4mm
thickness, minimum), metal
column, and with steel truss
frame
Enclosed with steel matting
walls
- Elevated Flooring Requirement
With concrete elevated flooring
of at least 30cm above the
normal ground level and can
withstand the vibration of the
“Read and accepted as part of the contract” 46 _______________________________________
BIDDER’S SIGNATURE
power generating unit
The power generating unit
should have one (1) meter
(minimum) distance from the
perimeter wall
Maximum of 20m distance from
the generator set and drying
control unit
4. Vacuum cleaner
5. Project Signage/Marker
- Made of tubular steel: 38mm x
38mm, minimum
- Painted on G.I. sheet #18:
1,200mm x 2,400mm, minimum
- Refer to the attached layout design
and description
“Read and accepted as part of the contract” 48 _______________________________________
BIDDER’S SIGNATURE
6. Manufacturer's name plate with the
serial number of the machine and the
serial number of the power generating unit
a) Record of sales;
b) Dealership or servicing
agreements indicating the Brand
subject thereof;
c) Bill of Lading, and /or other
similar records indicating
shipment or delivery of the grain
dryer brand to the Philippines;
d) Client’s affidavit indicating
client’s complete address and
telephone number, brand, type
and model of grain dryer, date of
purchase and duly supported by
physical proof of grain dryer.
- Certification from the supplier
that they will repair or replace the
defective parts or components and
provide after sales service within
72hours upon receipt of
complaints. (PNS/BAFS/PAES
192:2016)
- Certification of having at least two
(2) technicians/personnel trained
by the bidder on the operation,
repair and maintenance of the
heated air mechanical grain dryer
- Provision of training on the proper
handling, operation and
maintenance of the unit for at least
I hereby certify that the Statement of Compliance to the Foregoing Technical Specifications are true and correct, otherwise,
if found false either during the bid evaluation or post-qualification, the same shall give rise to automatic disqualification of
our bid.
_______________________________
Signature over Printed Name of Bidder
Financial Documents
⬜ (i) The prospective bidder’s computation of Net Financial Contracting
Capacity (NFCC);
or
A committed Line of Credit from a Universal or Commercial Bank in lieu
of its NFCC computation.
Date : _______________
Project Identification No. : _______________
a. to deliver the goods in accordance with the delivery schedule specified in the
Schedule of Requirements of the Philippine Bidding Documents (PBDs);
b. to provide a performance security in the form, amounts, and within the times
prescribed in the PBDs;
c. to abide by the Bid Validity Period specified in the PBDs and it shall remain
binding upon us at any time before the expiration of that period.
________________________________________________
________________________________________________
________________________________________________
(if none, state “None”) ]
Until a formal Contract is prepared and executed, this Bid, together with your written
acceptance thereof and your Notice of Award, shall be binding upon us.
We understand that you are not bound to accept the Lowest Calculated Bid or any Bid
you may receive.
The undersigned is authorized to submit the bid on behalf of [name of the bidder] as
evidenced by the attached [state the written authority].
We acknowledge that failure to sign each and every page of this Bid Form, including the
attached Schedule of Prices, shall be a ground for the rejection of our bid.
Name: ___________________________________________________________________
Legal capacity: _____________________________________________________________
Signature: ________________________________________________________________
Duly authorized to sign the Bid for and behalf of: __________________________________
Date: ___________________
1 2 3 4 5 6 7 8 9
Item Description Country Quantity Unit price CIF Total CIF Unit Price Unit price Total Price
of origin port of entry Delivered Delivered delivered
or CIP
(specify port) or Duty Unpaid Duty Paid DDP
price per
(DDU) (DDP) (col 4 x 8)
CIP named place item
Name: ___________________________________________________________________
Signature: ________________________________________________________________
Duly authorized to sign the Bid for and behalf of: __________________________________
1 2 3 4 5 6 7 8 9 10
Item Description Country Quantity Unit Transportation Sales and Cost of Total Total Price
of origin price and all other other taxes Incidental Price, per delivered
EXW costs incidental payable if Services, if unit Final
per to delivery, per Contract is applicable, Destination
item item awarded, per item (col
per item 5+6+7+8 (col 9) x
) (col 4)
Name: ___________________________________________________________________
Signature: ________________________________________________________________
Duly authorized to sign the Bid for and behalf of: __________________________________
THIS AGREEMENT made the _____ day of __________ 20_____ between [name of
PROCURING ENTITY] of the Philippines (hereinafter called “the Entity”) of the one part
and [name of Supplier] of [city and country of Supplier] (hereinafter called “the Supplier”) of
the other part;
WHEREAS, the Entity invited Bids for certain goods and ancillary services,
particularly [brief description of goods and services] and has accepted a Bid by the Supplier
for the supply of those goods and services in the sum of [contract price in words and figures
in specified currency] (hereinafter called “the Contract Price”).
1. In this Agreement words and expressions shall have the same meanings as are
respectively assigned to them in the Conditions of Contract referred to.
iv. Notice of Award of Contract; and the Bidder’s conforme thereto; and
v. Other contract documents that may be required by existing laws and/or the
Procuring Entity concerned in the PBDs. Winning bidder agrees that
additional contract documents or information prescribed by the
GPPB that are subsequently required for submission after the
contract execution, such as the Notice to Proceed, Variation Orders,
and Warranty Security, shall likewise form part of the Contract.
4. The [Name of the procuring entity] agrees to pay the above-mentioned sum in
accordance with the terms of the Bidding.
IN WITNESS whereof the parties hereto have caused this Agreement to be executed
in accordance with the laws of the Republic of the Philippines on the day and year first above
written.
for: for:
Acknowledgment
[Format shall be based on the latest Rules on Notarial Practice]
__________________________________ ___________________________________________
AFFIDAVIT
I, [Name of Affiant], of legal age, [Civil Status], [Nationality], and residing at [Address of
Affiant], after having been duly sworn in accordance with law, do hereby depose and state
that:
[If a sole proprietorship:] As the owner and sole proprietor, or authorized representative
of [Name of Bidder], I have full power and authority to do, execute and perform any and
all acts necessary to participate, submit the bid, and to sign and execute the ensuing
contract for [Name of the Project] of the [Name of the Procuring Entity], as shown in the
attached duly notarized Special Power of Attorney;
[If a partnership, corporation, cooperative, or joint venture:] I am granted full power and
authority to do, execute and perform any and all acts necessary to participate, submit the
bid, and to sign and execute the ensuing contract for [Name of the Project] of the [Name
of the Procuring Entity], as shown in the attached [state title of attached document
showing proof of authorization (e.g., duly notarized Secretary’s Certificate,
Board/Partnership Resolution, or Special Power of Attorney, whichever is applicable;)];
3. [Name of Bidder] is not “blacklisted” or barred from bidding by the Government of the
Philippines or any of its agencies, offices, corporations, or Local Government Units,
65
foreign government/foreign or international financing institution whose blacklisting rules
have been recognized by the Government Procurement Policy Board, by itself or by
relation, membership, association, affiliation, or controlling interest with another
blacklisted person or entity as defined and provided for in the Uniform Guidelines
on Blacklisting;
5. [Name of Bidder] is authorizing the Head of the Procuring Entity or its duly authorized
representative(s) to verify all the documents submitted;
[If a sole proprietorship:] The owner or sole proprietor is not related to the Head of the
Procuring Entity, members of the Bids and Awards Committee (BAC), the Technical
Working Group, and the BAC Secretariat, the head of the Project Management Office or
the end-user unit, and the project consultants by consanguinity or affinity up to the third
civil degree;
[If a partnership or cooperative:] None of the officers and members of [Name of Bidder]
is related to the Head of the Procuring Entity, members of the Bids and Awards
Committee (BAC), the Technical Working Group, and the BAC Secretariat, the head of
the Project Management Office or the end-user unit, and the project consultants by
consanguinity or affinity up to the third civil degree;
[If a corporation or joint venture:] None of the officers, directors, and controlling
stockholders of [Name of Bidder] is related to the Head of the Procuring Entity, members
of the Bids and Awards Committee (BAC), the Technical Working Group, and the BAC
Secretariat, the head of the Project Management Office or the end-user unit, and the
project consultants by consanguinity or affinity up to the third civil degree;
7. [Name of Bidder] complies with existing labor laws and standards; and
66
9. [Name of Bidder] did not give or pay directly or indirectly, any commission, amount, fee,
or any form of consideration, pecuniary or otherwise, to any person or official, personnel
or representative of the government in relation to any procurement project or activity.
10. In case advance payment was made or given, failure to perform or deliver any of the
obligations and undertakings in the contract shall be sufficient grounds to constitute
criminal liability for Swindling (Estafa) or the commission of fraud with
unfaithfulness or abuse of confidence through misappropriating or converting any
payment received by a person or entity under an obligation involving the duty to
deliver certain goods or services, to the prejudice of the public and the government
of the Philippines pursuant to Article 315 of Act No. 3815 s. 1930, as amended, or the
Revised Penal Code.
IN WITNESS WHEREOF, I have hereunto set my hand this __ day of ___, 20__ at
____________, Philippines.
[Jurat]
[Format shall be based on the latest Rules on Notarial Practice]
67
BID SECURING DECLARATION FORM
x------------------------------------------------------x
__________________________________ ___________________________________________
2. I/We accept that: (a) I/we will be automatically disqualified from bidding for
any contract with any procuring entity for a period of two (2) years upon
receipt of your Blacklisting order; and, (b) I/we will pay the applicable fine
provided under Section 6 of the Guidelines on the Use of Bid Securing
Declaration, within fifteen (15) days from receipt of the written demand by the
procuring entity for the commission of acts resulting to the enforcement of the
bid securing declaration under Sections 23.1(b), 34.2, 40.1 and 69.1, except
69.1(f), of the IRR of RA 9184; without prejudice to other legal action the
government may undertake.
3. I/We understand that this Bid Securing Declaration shall cease to be valid on
the following circumstances:
(a) Upon expiration of the bid validity period, or any extension thereof
pursuant to your request;
2 Select one and delete the other. Adopt the same instruction for similar terms throughout the document.
68
(b) I am/we are declared ineligible or post-disqualified upon receipt of
your notice to such effect, and (i) I/we failed to timely file a request for
reconsideration or (ii) I/we filed a waiver to avail of said right;
(c) I am/we are declared the bidder with the Lowest Calculated
Responsive Bid, and I/we have furnished the performance security and
signed the Contract.
IN WITNESS WHEREOF, I/We have hereunto set my/our hand/s this ____ day of
[month] [year] at [place of execution].
SUBSCRIBED AND SWORN to before me this ___ day of [month] [year] at [place
of execution], Philippines. Affiant/s is/are personally known to me and was/were identified
by me through competent evidence of identity as defined in the 2004 Rules on Notarial
Practice (A.M. No. 02-8-13-SC). Affiant/s exhibited to me his/her [insert type of government
identification card used], with his/her photograph and signature appearing thereon, with no.
________ and his/her Community Tax Certificate No. _______ issued on ____ at ______.
69
SUPPLY, DELIVERY, INSTALLATION AND TESTING OF VARIOUS HEATED
AIR MECHANICAL GRAIN DRYERS
[PHilMech RCEF-23-01-04]
__________________________________ ___________________________________________
CERTIFIED CORRECT:
_________________________________________________
Name & Signature of Authorized Representative
________________________
Position
________________
Date
70
SUPPLY, DELIVERY, INSTALLATION AND TESTING OF VARIOUS HEATED
AIR MECHANICAL GRAIN DRYERS
[PHilMech RCEF-23-01-04]
__________________________________ ___________________________________________
Statement of Single Largest Completed Contract of Similar Nature within the Last Ten
(10) Years from date of Submission and Receipt of Bids
CERTIFIED CORRECT:
_________________________________________________
Name & Signature of Authorized Representative
________________________
Position
_______________________
Date
71
SUPPLY, DELIVERY, INSTALLATION AND TESTING OF VARIOUS HEATED
AIR MECHANICAL GRAIN DRYERS
[PHilMech RCEF-23-01-04]
__________________________________ ___________________________________________
This is to certify that our Net Financial Contracting Capacity (NFCC) is Philippine Peso
__________________________________________________________________________
(₱ _______________) which is at least equal to the ceiling price we are bidding. The amount
is computed as follows:
CA = Current Assets ₱
Less: -
CL = Current Liabilities
Sub Total 1 ₱
X 15
Sub Total 2 ₱
Less: -
value of all outstanding or uncompleted portions of the ₱
projects under on-going contracts, including awarded
C =
contracts yet to be started coinciding with the contract
for this Project
NFCC ₱
___________________________________________
Name & Signature of Authorized Representative
________________________
Position
________________
Date
72
Notes:
1. The values of the bidder’s current assets and current liabilities shall be based on the latest Audited Financial
Statements submitted to the BIR.
2. The value of the outstanding or uncompleted contracts refers to those listed in the Statement of All Ongoing
Government and Private Contracts, Including contracts awarded but not yet started.
3. The detailed computation must be shown using the required formula provided above.
4. The NFCC must be at least be equal to the ABC of the Project
73
Sample Form
(Name of Bank)
CONTRACT/PROJECT : ____________________________________________
LOT NO. :____________________________________________
COMPANY/FIRM : ____________________________________________
ADDRESS : ____________________________________________
BANK/FINANCING INSTITUTION : ____________________________________________
ADDRESS : ____________________________________________
AMOUNT : ____________________________________________
This is to certify that the above Bank/Financing Institution with business address indicated above, has
granted the (Supplier/Distributor/Manufacturer/Contractor), a credit line in the amount specified above which
shall be used to finance the performance of the above-mentioned contract.
The credit shall be available from _(date of bid submission)_ and such line of credit shall be
maintained until issuance of Certificate of Acceptance of the goods/services subject of the Contract/project by
PHilMech Representatives.
This Certification is being issued in favor of said (Supplier/ Distributor /Manufacturer/ Contractor) in
connection with the bidding requirement of the Philippine Center for Postharvest Development and
Mechanization (PHilMech) for the above-mentioned Contract/Project. We are aware that any false statement
issued by us will make us liable for perjury.
This committed line of credit cannot be terminated or cancelled without the prior written approval of
Philippine Center for Postharvest Development and Mechanization (PHilMech).
___________________________________________________
Name and Signature of Authorized Financing Institution Office
_________________
Official Designation
Concurred by:
_______________________________________________________________________
Name & Signature of (Supplier/Distributor/Manufacture/Contractor) Authorized Representative
_________________
Official Designation
NOTARY PUBLIC
Doc. No. : __________
Page No. : __________
Book No. : __________
Series of : __________
74
AFFIDAVIT
I, [Name of Affiant], of legal age, [civil status], [Citizenship], and residing at [address], for
and on behalf of _____________________________________ (Company Name), hereinafter
referred to as “our Company ”, with office address at
_______________________________________________________, after being sworn in
accordance with law, depose and say:
75
10. That once installed, our Company shall provide/shoulder all the test materials, and
other logistics required for the purpose;
11. That the grain dryer brand we are offering, has been and is being sold in the
Philippine market for the last five (5) years, as evidenced by the documentary proof/s
e.g. proof of sale, hereto attached as Annex F;
12. That we will conduct training on the proper handling, operation and maintenance of
each unit of grain dryer for at least two (2) operators per beneficiary;
13. That we will submit a duly signed electrical plan of the drying system offered
(electrical layout, schedule of loads, general notes and/or specification, and
legends/symbols) by a registered professional engineer as a condition for payment
evaluation;
14. That the machine/s we are offering, is covered by a one (1) year warranty on parts and
services against any manufacturing defect, as evidenced by the Warranty Certificate
hereto attached as Annex G;
15. That the machine/s our company is offering can meet the exacting prescribed
standards, in proof of which, a Certification of Very Satisfactory Performance of the
__________________________________ (Machinery Brand/Type) being offered as
to i) Machinery Performance, ii) Durability and iii) Availability of Parts and Service
issued within the last one (1) year by the Head/ Highest ranking official of a
government agency (excluding PHilMech) or private company or three (3) individual
Client/s within the Philippines, is hereto attached as Annex H;
16. That all of the foregoing statements and their respective supporting documents are
true and correct;
17. That we will willingly submit to our disqualification, if, in the course of post-
qualification, any of the foregoing statements and/or supporting documents is found to
be untrue or inaccurate, in whole or in part.
_______________________________
Affiant
76
SUBSCRIBED AND SWORN before me this ___ of __________, 2023 at
_______________________________________. Affiant is personally known to me and was
identified through competent evidence of identity as defined in the 2004 Rules on Notarial
Practice (A.M. Np. 02-8-13-SC). Affiant exhibited to me his ________________________
with ID Number _____________________, with his photograph and signature appearing
thereon.
77
PREPARATION OF BID ENVELOPE
OUTER ENVELOPE
(Main Envelope)
COPY NO. 2
ENVELOPE A ENVELOPE B
78
79